INSIDE THE
NEWS + ADVICE
DoD Contracts: Engility and A-T Solutions Awarded Indian Head Contracts
NAVY
Engility, Chantilly, Va., is being awarded a $24,882,608, cost-plus-fixed-fee, indefinite-delivery / indefinite quantity, multiple-award contract for engineering and technical support at the Indian Head Explosive Ordnance Disposal Technology Division. Â The contractor will advise and assist with various tasks in support of engineering support, system engineering and technical analysis, development of programs and improvised explosive device defeat technology. Â Work will be performed in Indian Head, Md., and is expected to be completed by February 2017. Â Fiscal 2014 Defense business operations funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year. Â This contract was competitively procured via the Federal Business Opportunities website, with three offers received. Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity. (N00174-14-D-0005)
A-T Solutions, Fredricksburg, Va., is being awarded a $23,538,703 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contract for engineering and technical support at the Indian Head Explosive Ordnance Disposal Technology Division. Â The contractor will advise and assist with various tasks in support of engineering support, system engineering and technical analysis, development of programs and improvised explosive device defeat technology. Â Work will be performed in Indian Head, Md., and is expected to be completed by February 2017. Â Fiscal 2014 Defense business operations funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year. Â This contract was competitively procured via the Federal Business Opportunities website, with three offers received. Â Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity (N00174-14-D-0004).
Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $9,515,086 cost-plus-incentive-fee modification to the previously awarded F-35 Lightning II Low Rate Initial Production Lot VI contract (N00019-11-C-0083). Â This modification provides for Netherlands-specific, non-recurring sustainment activities to include procurement of Autonomic Logistics Information Systems equipment and logistics support for non-recurring engineering activities. Â Work will be performed in Fort Worth, Texas (35 percent); El Segundo, Calif. (25 percent); Warton, United Kingdom (20 percent); Orlando, Fla. (10 percent); Nashua, N.H. (5 percent); and Baltimore, Md. (5 percent), and is expected to be completed in April 2015. Â International Partner funds in the amount of $4,757,543 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Â The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.
ARMY
Ameresco, Inc. (W912DY-14-D-0036), Framingham, Mass.; Wheelabrator Technologies, Inc. (W912DY-14-D-0041), Hampden, N.H., were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for biomass technology. Â Funding and performance location will be determined with each order. Â Estimated completion date is Feb. 12, 2024. Â Bids were solicited via the Internet with fifty-two received. Â Army Corps of Engineers, Huntsville, Ala. is the contracting activity.
Ameresco, Inc. (W912DY-14-D-0031), Framingham, Mass.; M. Arthur Gensler, Jr. & Assoc., (W912DY-14-D-0032), Dallas, Texas; *Infigen Energy US Development LLC (W912DY-14-D-0033), Dallas, Texas were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite-delivery/indefinite-quantity contract for wind technology. Â Funding and performance location will be determined with each order. Â Estimated completion date is Feb. 12, 2024. Â Bids were solicited via the Internet with forty-five received. Â Army Corps of Engineers, Huntsville, Ala. is the contracting activity.
Ameresco, Inc. (W912DY-14-D-0016), Framingham, Mass.; Chevron Energy Solutions Co. (W912DY-14-D-0017), San Francisco, Calif.; Constellation NewEnergy, Inc. (W912DY-14-D-0018), Baltimore, Md.; *Distributed Sun, LLC (W912DY-14-D-0019) Washington, D.C.; *Energy Ventures, LLC (W912DY-14-D-0020), Rockville, Md.; First Solar Development, Inc. (W912DY-14-D-0021) San Francisco, Calif.; *FLS Energy (W912DY-14-D-0022), Asheville, N.C.; Linc Government Services, LLC (W912DY-14-D-0023), Hopkinsville, Ky.; RE Independence Co. LLC (W912DY-14-D-0024) San Francisco, Calif.; *Sun Edison Government Solutions, LLC (W912DY-14-D-0025), Beltsville, Md.; Sun Edison LLC (W912DY-14-D-0026), Beltsville, Md.; SunWize Technologies, Inc. (W912DY-14-D-0027), San Jose, Cal.; *TransGen Energy, Inc. W912DY-14-D-0028) Rockville, Md.; Victory Renewables, LLC: W912DY-14-D-0029), Juno Beach, Fla.; EDF Renewable Energy (W912DY-14-D-0030), San Diego, Calif. were awarded a maximum $7,000,000,000 firm-fixed-price, multiple-award, indefinite delivery/indefinite quantity contract for solar technology. Â Funding and performance location will be determined with each order. Â Estimated completion date is Feb. 12, 2024. Â Bids were solicited via the internet with 114 received. Â Army Corps of Engineers, Huntsville, Ala. is the contracting activity.
AIR FORCE
APRO International, Inc., Vienna, Va. (FA4890-14-D-0001 for $38,306,747), Goldbelt Falcon LLC, Chesapeake, Va. (FA4890-14-D-0002 for $45,565,135), Science & Management Resources, Inc., Pensacola, Fla., (FA4890-14-D-0003 for $49,261,610), United Paradyne Corp., Santa Maria, Calif. (FA4890-14-D-0004 for $40,769,565),Y-Tech Services, Inc., Anchorage, Alaska (FA4890-14-D-0005 for $46,782,310), were awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-vendor award for Air Force Enterprise Contracted (AFEC) Precision Measurement Equipment Laboratories (PMEL). Â This was a competitive acquisition with five bids received. Â The contractor shall provide all management, personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the PMEL services as defined in the Performance Work Statement. Â Work will be performed at Barksdale Air Force Base, La.; Beale AFB, Calif.; Cannon AFB, N.M.; Dyess AFB, Texas; Ellsworth AFB, S.D.; Minot AFB, N.D.; Moody AFB, Ga.; Offutt AFB, Neb.; Royal Air Force (RAF) Feltwell, United Kingdom; and Whiteman AFB, Mo., and is expected to be complete by Sept. 2019. Â Fiscal year 2014 operations and maintenance funds will be awarded subject to availability of funds. Â Headquarters Air Combat Command, Acquisition Management and Integration Center, Langley AFB, Va., is the contracting activity.